28
Page 1 of 28 Tender for Supply & Installation of the Network Components at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/CoW/2/1(II)/2013-14/28. NIT Issue Date : September 5, 2013. Last Date of Submission : September 27, 2013 at 3:00 PM. Indian Institute of Technology, Jodhpur Old Residency Road, Ratanada, Jodhpur 342011, Rajasthan Telefax: 0291- 2449011, email: [email protected]

Network Components - Indian Institute of Technology Rajasthan

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1 of 28

Tender

for

Supply & Installation of the Network Components

at

Indian Institute of Technology Jodhpur

NIT No. : IITJ/SPS/CoW/2/1(II)/2013-14/28.

NIT Issue Date : September 5, 2013.

Last Date of Submission : September 27, 2013 at 3:00 PM.

Indian Institute of Technology, Jodhpur

Old Residency Road, Ratanada, Jodhpur – 342011, Rajasthan

Telefax: 0291- 2449011, email: [email protected]

Page 2 of 28

Notice Inviting Tender

Indian Institute of Technology (IIT), Jodhpur, Rajasthan (hereinafter referred to as the “Institute”), an

Educational Institute of National Importance, invites sealed tender(s) in two-bid format for Supply,

Installation & Commissioning of the “Network Components” at the Institute as per the specification given in

the schedule attached with the tender as Annexure – I. The tender document can be downloaded from the

Institute website at URL Link: http://www.iitj.ac.in/tenders.html or from Central Public Procurement Portal

link: http://www.eprocure.gov.in.

The tenderer shall be required to submit the Earnest Money Deposit (EMD) for an amount of ` 60,000/-

(Rupees sixty thousand only) which is refundable and a non-refundable tender fee for an amount of ` 200/-

(Rupees Two Hundred only) by way of demand drafts only. The demand drafts shall be drawn in favour of

“Director, IIT Rajasthan” payable at Jodhpur. The demand drafts for earnest money deposit & tender fee

must be enclosed in the envelope containing the technical bid.

Offer in the financial bid should be written in English and price should be written in both figures and words.

The offer should be typed or written in ink pen or ball pen. Use of pencil will be ignored. The relevant

supporting documents as required must be enclosed.

Envelope of technical bid & financial bid should be individually sealed and then placed in a third envelope,

to be sealed and superscribed with tender number, due date of submission and address to:

“The Director

IIT Jodhpur

Stores & Purchase Section

Old Residency Road, Ratanada

Jodhpur – 342011, Rajasthan”

Sealed tender should reach the Institute, latest by September 27, 2013 at 03:00 PM. Tender(s) received

beyond the last date of submission will be rejected. No tender will be entertained by E-mail or FAX.

At any time prior to the deadline of submission of bid, the Institute for any reason, whether at its own

initiative or in response of a clarification requested by a prospective tenderer, modify the tender by

amendment and it will be published on the website.

Technical bid(s) will be opened on September27, 2013 at 04:00 PM in the Conference Hall, Administrative

Block of the Institute in the presence of the tenderer(s) or their authorized representative(s), who are present

at the scheduled date and time.

Page 3 of 28

Date and time of the opening of the financial bid(s) will be decided after the technical bid(s) have been

evaluated by the Institute. The financial bid(s) of only those tenderer(s) will be opened, who qualifies the

technical evaluation, on the specified date and time. The date, time & place of opening of the financial bid(s)

will be intimated in due course of time.

In the event of the due date of receipt and opening of the tender being declared as a holiday for the Institute,

then due date of receipt / opening of the tender will be the next working day at the same time.

The tenderer are requested to read the tender document carefully and ensure to compliance with all the

instructions herein. Non-compliance of the instructions contained in this document may disqualify the

tenderer from the tendering exercise.

The Institute reserves the right to select certain items in single or multiple units and reject the others or all as

mentioned in the schedule and to revise or alter the specifications before acceptance of any tender and

accept or reject any or all tenders, wholly or partly or close the tender without assigning any reason

whatsoever.

INSTRUCTIONS TO TENDERER

Tender should be submitted in two parts, Part – I (Technical Bid) & Part – II (Financial Bid). Envelop of

Part – I should be superscribed as “Tender for Supply & Installation of the Network Components, Part – I

Technical Bid” and Envelop of Part – II should be superscribed as “Tender for Supply & Installation of the

Network Components, Part – II Financial Bid”.

1. Pre – Qualification Criteria:

a) Only manufacturer(s) or their sole authorized distributor / agent are eligible to bid. Authorization

letter in the prescribed format (Annexure – II) from Original Equipment Manufacturer (OEM) in

favor of authorized Agent to bid / negotiate / conclude the order against this tender, must be enclosed

with technical bid.

b) The tenderer shall be required to submit the Earnest Money Deposit (EMD) for an amount of

` 60,000/- (Rupees Sixty thousand only) which is refundable and a non-refundable tender fee for an

amount of `200/- (Rupees Two Hundred only) by way of demand drafts only. The demand drafts

shall be drawn in favour of “Director, IIT Rajasthan” payable at Jodhpur. The demand drafts for

Earnest Money Deposit & tender fee must be enclosed in the envelope containing the technical bid.

Page 4 of 28

c) The tenderer should have a minimum 03 (three) years of experience for supply & successful

installation of goods of similar specifications. Atleast 02 (two) latest satisfactory installation reports

must be enclosed with the technical bid.

d) Annual turnover of the tenderer for each of the last three financial years should not be less than `

40/- lakhs (Rupees forty lakhs). Financial statements with net profit, duly audited / certified by

Chartered Accountant (CA) of the last three financial years along with the copies of Income Tax

Return (ITR) must be enclosed with the technical bid.

e) The tenderer should not have been debarred or blacklisted by any Central / State Government

Departments of India. An affidavit to that effect on Non-Judicial stamp paper of ` 10/- duly notarised

must be enclosed with the technical bid in prescribed format. The proforma of the affidavit is

attached with the tender as Annexure – III.

f) Signed & stamped compliance sheet of the technical specification of the goods with technical printed

literature along with Bill of Material (BoM) mentioning all the terms & conditions clearly, must be

enclosed with the technical bid.

g) Signed & stamped guarantee / warranty declaration certificate must be enclosed with the technical

bid in prescribed format as attached as Annexure – IV.

h) The tenderer shall submit the copy of the tender document and addenda thereto, if any, with each

page should be signed and stamped to confirm the acceptance of the entire term & conditions of the

tender.

The tender of any tenderer, who has not complied with one or more of the conditions of pre-qualification

criteria and / or fail to submit the required documents in prescribed format as mentioned / or required / or

conditional tender are liable to be summarily rejected.

2. Earnest Money Deposit (EMD):

The tenderer shall be required to submit the Earnest Money Deposit (EMD) for an amount of ` 60,000/-

(Rupees sixty thousand only) which is refundable and a non-refundable tender fee for an amount of `

200/- (Rupees Two Hundred only) by way of demand drafts only. The demand drafts shall be drawn in

favour of “Director, IIT Rajasthan”, Payable at Jodhpur”.

The firm(s) who are registered with the National Small Industries Corporation (NSIC) / or Small Scale

Industrial (SSI) are exempted to furnishing the EMD and tender fee. Self-attested photocopy of the valid

registration certificate must be enclosed with the technical bid.

Page 5 of 28

The demand drafts for earnest money deposit & tender fee must be enclosed in the envelope containing

the technical bid. Any technical bid is found without the demand drafts of earnest money deposit and

tender fee will be rejected. The Institute will not be liable to pay any interest on such an amount. The

earnest money deposit shall be forfeited, if the tenderer withdraws its bid during the period of tender

validity.

The earnest money deposit of the tenderer, whose tender has been accepted, will be returned on the

submission of the performance security. Earnest money deposit of the successful tenderer shall be

forfeited, if it refuses or neglects to execute the order or fails to furnish the required performance security

within the time frame as specified by the Institute.

After the award of the contract to the successful tenderer, the earnest money deposit of the unsuccessful

tenderer(s) will be refunded within 30 days.

3. Validity:

Quoted rates must be valid for a period of 180 days from the date of the closing of the tender. The overall

offer for the assignment and tenderer quoted price shall remain unchanged during the period of validity. If

the tenderer has quotes the validity shorter than the required period, the same will be treated as

unresponsive and it may be rejected.

In case the tenderer withdraws, modifies or changes his offer during the validity period, the tender is

liable to be rejected and the earnest money deposited shall be forfeited without assigning any reason

thereof. The tenderer should also be ready to extend the validity, if required, without changing any terms,

conditions etc. of their original tender.

4. Delivery & Installation:

All the goods ordered should be delivered within 8 weeks from the date of the receipt of the purchase

order and satisfactory installation / commissioning and handover of the equipment will be completed

within 02 weeks from the date of receipt of the material at the Institute premises and it will be ready to

use within 10 weeks on faultless working condition from the date of the issue of the purchase order or

within such time as may be extended by the Institute.

In case the tenderer need / or quoted more time for the completion of the order / project, for evaluation

and comparison , Institute will convert all the proposal in single format with up-loading the LD charges

of the extra time required on the quoted price.

Page 6 of 28

Satisfactory Installation: Satisfactory installation / commissioning and handing over of the equipment

mean the faultless functioning of the equipment for a minimum period of 30 days after satisfactory

installation.

Liquidated Damages (LD): If the supplier has fails to perform the satisfactory installation /

commissioning of the equipment and / or which is not ready to use within stipulated time then penalty at

the rate of 1% per week subject to maximum of 10% of the order value will be deducted.

Extension of Delivery & Installation Period: If the supplier has unable to complete the project / order

within the stipulated time, for which the supplier is responsible, if it is required to request for the

extension of the delivery period, it may be extended with the imposing of the liquidated damages.

In case the supplier has failed to complete the order / project within the stipulated time, Institute reserves

the right to cancel the contract / order and performance security / EMD may be forfeited.

5. Guarantee / Warranty:

Tender must be quoted with the three (03) years comprehensive on-site Warranty / Guarantee and it will

commence from the date of the satisfactory installation / commissioning of equipment against the defect

of any manufacturing, workmanship and poor quality of components and tenderer also give the guarantee

/ warranty declaration in prescribed format as attached with tender as Annexure – IV.

After the warranty period is over, Annual Maintenance Contract (AMC) / Comprehensive Maintenance

Contract (CMC) up to two years should be stated. The AMC / CMC charges will be included in

computing the total cost of the equipment.

In case supplier has failed to repair / or rectify the equipment during the warranty / guarantee period,

Institute may employ or pay other person for the repairing of the equipment, all the such damages, loss

and expenses shall be recoverable from the supplier.

Downtime: During the warranty period not more than 5% downtime will be permissible. For downtime

exceeding 1%, penalty equal to 1/365 of the 5% of the order value per day may be imposed. Downtime

will be counted from the date and time of the filing of complaint with in the business hours.

6. Training of Personnel:

The supplier shall be required to undertake to provide the technical training to the personnel involved in

the use of the equipment at the Institute premises, immediately after completing the installation of the

equipment for a minimum period of a one week at the company cost.

Page 7 of 28

7. Tender Preparation Expenses:

All costs incurred by the tenderer in the preparation of the tender, presentation and of negotiating the

contract including the site visits etc. will be borne by the tenderer themselves and in no case will be

reimbursable by the Institute.

8. Financial Bid:

The rates should be quoted in Indian Rupees (INR) inclusive of the essential charges on FOR at

destination site basis in the prescribe format (Annexure – VI) with complete description. Name of the

manufacturer, model number must be indicated clearly in the proforma invoice / quotation failing which

the same shall be liable for rejection.

Where the equipment is composed of several subunits / component, the rate should be quoted for each

subunit / component separately otherwise quotation is liable to be rejected. The Institute reserves the right

to increase or decrease the number of subunits / components and number of equipment according to its

requirements. The words “Not Quoting” should be clearly written against any item of equipment for

which the tenderer is not quoting. The AMC / CMC rates are to be quoted separately in the financial bid.

Institute is registered with DSIR, Govt. of India (Custom Duty Notification No. 51/96- Custom dt: 23

July, 1996 and Central Excise Duty Notification No. 10/97- Central Excise dt: 1 March, 1997) and is

therefore, exempted from Excise Duty and partial exempted from Custom Duty (CD applicable to IIT

Jodhpur is 5.15%). Exemption Certificate of the same shall be issued.

NB: If any of the conditions mentioned in the tender enquiry document are alter / changed / modified /

add any new condition, which are not compliance with tender enquiry document, by tenderer in their

proposal, which may be treated as unresponsive and it may be rejected.

9. Tender Evaluation:

The Institute will evaluate the entire tenders, strictly on the basis of the terms & conditions incorporated

in the tender enquiry document and terms, conditions etc. as stipulated by the tenderer(s) in their tender to

determine whether these are compliance in all respects, as specified in the tender enquiry document.

During the evaluation / scrutiny of the tenders, at any stage, if it is found that any of the tenderer(s) terms

and conditions are not compliance with tender enquiry document, Institute may seek the clarification

within the specified target time and if the tenderer has fails to reply / or not agree / accept the terms and

conditions, their tender will be treated as unresponsive and it is liable for rejection.

Page 8 of 28

If the schedule of requirements contains more than one schedule, then offers for each schedule are to be

evaluated and ranked separately, if it is in the benefit of the Institute, order may be awarded accordingly.

Evaluation of the proposals shall be done in two stages as:

(a) Stage – I (Technical Evaluation): Technical evaluation of the proposals shall be done in two stages

as:

Sub-Stage – A (Essential pre-qualification criteria):

Institute will examine all the bid(s) to determine whether they qualify the essential pre-

qualification criteria, whether tenderer has submitted the EMD & Tender fee with technical

bid, whether all the documents as mentioned / or required in the tender to be submitted with

technical bid, has submitted, whether all the documents are in prescribed format and has

been properly signed & stamped and whether the bid are completed and generally in order.

Tender(s) who will not qualify Sub-Stage–A or conditional tender are to be treated as

unresponsive and it may be rejected.

Sub-Stage – B (Technical Specification):

The Institute will examine the detailed technical specification of the quoted model, whether

these are complying with the specification as mentioned in tender document.

The tender which are not compliance with the tender specifications will be summarily

rejected.

After the evaluation of technical bid(s), a list of the tenderer(s) who qualify the technical evaluation (Sub

– Stage – A & B) shall be made. Shortlisted tenderer(s) shall be informed for the date, time and place of

opening of the financial bid(s) and they may depute their representative/s to attend the opening of the

financial bid(s). The financial bid(s) of the only technically qualified tenderer(s) will be opened.

(b) Stage – II (Financial Evaluation): Financial bid(s) of the only technically qualified tenderer(s) will

be opened for financial evaluation.

The financial bid(s) will be evaluated on the basis of the total cost as quoted.

If there is discrepancy between the unit price and total price (which is obtained by the multiplying the

unit price by the quantity), the unit price shall prevail and the total price corrected accordingly and same

is to be conveyed to the tenderer with specified target time, if the tenderer does not agree with the

observation of the Institute, the tender is liable to be ignored.

Page 9 of 28

10. Award of Contract:

After due evaluation of the financial bid(s), the Institute will award the contract to the lowest evaluated

responsive tenderer (hereinafter referred to as the “Supplier”).

11. Performance Security:

After the award of work, the supplier shall be required to submit the performance security in the form of

irrevocable bank guarantee in the prescribed format (Annexure – V) issued by any Nationalised Bank /

or Fixed Deposit Receipt, for an amount equal to the 10% of order value and it will be kept valid for a

period of 60 days beyond the date of completion of warranty period.

On expiry of the warranty period the supplier will have to submit the fresh performance security for

AMC / CMC period, if the Institute goes for maintenance contract. The fresh performance security to

cover the service contract shall be submitted atleast one month before the expiry of previous

performance security and it shall be 5% of the order value and it will be valid for period of maintenance

contract period plus 60 days. Performance Security will be returned after completion all the contractual

obligations.

12. Payment Term:

I. 80% payment of the total order value shall be released against receipt of the materials at the Institute

premises on the submission inspection report by the supplier duly certified by the Institute Authority.

II. Balance 10% shall be released after the successful installation / commissioning of the ordered goods

against the submission of the test report.

III. Balance 10% of the order value shall be released after the submission of the performance security.

13. Site Preparation:

The supplier shall inform to the Institute about the site preparation, if any, needed for the installation of

equipment, immediately after the receipt of the purchase order. The supplier must provide complete

details regarding space and all the other infrastructural requirements needed for the equipment, which

the Institute should arrange before the arrival of the equipment to ensure its timely installation and

smooth operation thereafter.

The supplier shall visit the Institute and see the site whether the equipment is to be installed and may

offer his advice and render assistance to the Institute in the preparation of the site and other pre-

installation requirements.

Page 10 of 28

14. Force Majeure:

Any delay due to Force Majeure will not be attributable to the bidder. Force Majeure events shall mean

one or more of the following acts or events: Acts of God or events beyond the reasonable control of the

Affected Party which could not reasonably have been expected to occur, exceptionally adverse weather

conditions, lightning, earthquake, cyclone, flood, volcanic eruption or fire or landslide; Radioactive

contamination or ionizing radiation; Strikes or boycotts (other than those involving the Supplier or its

employees / representatives or attributable to any act or omission of any of them) interrupting supplies

and services of the Project for a period exceeding a continuous period of 7 (seven) days; An act of war

(whether declared or undeclared), invasion, armed conflict or act of foreign enemy, blockade, embargo,

riot, insurrection, terrorist or military action, civil commotion or politically motivated sabotage which

prevents rendering of supplies or specified services by the Supplier for a period exceeding a continuous

period of 7 (seven) days.

15. Arbitration and Laws:

In case of any dispute or difference arising out of or in connection with the tender conditions / order and

Contract, the Institute and the Supplier will address the dispute / difference for a mutual resolution and

failing which, the matter shall be referred for arbitration to a sole Arbitrator to be appointed by the

Institute. The Arbitration shall be held in accordance with the provisions of the Arbitration and

Conciliation Act, 1996 and the venue of arbitration shall be at Jodhpur only. The resolution of the

Arbitrator shall be final and binding on both the parties.

16. Jurisdiction:

The courts at Jodhpur alone will have the jurisdiction to try any matter, dispute or reference between

parties arising out of this tender / contract. It is specifically agreed that no court outside and other than

Jodhpur court shall have jurisdiction in the matter.

---x---

Page 11 of 28

ANNEXURE – I

Supply

Sr. No Description Qty Make

1 WIFI Access Points 25 Node

2 L2 Switch 4 Node

3 UTM Firewall 200 User 1 Node

4 19" 6 U Rack 4 Node

5 4 Pair CAT 6 UTP Cable (305 Mtr.) 10 Box AMP/Dgilink

6 24 Port Patch Panel CAT 6, Fully loaded 4 Node AMP/Dgilink

7 Patch Code CAT 6 (1 Mtr.) 50 Node AMP/Dgilink

Installation

Sr.

No Descriptions: Quantity

1 Cable Laying (including HDPE/PVC/Cashing 2000 Mtrs.

2 Trenching 2.5 ft Depth 400 Mtrs.

3 Rack Fixing 4 Node

4 24 Port Patch Panel 4 Node

Page 12 of 28

Annexure II

Technical Specification

1. Wireless Access Point

S. No. Specification Compliance

(Yes/ No) Remarks

1

Hardware Features :

Access Points proposed must include radios for both

2.4 GHz and 5 GHz.

Must have a robust design for durability, without

visible vents

Must include dual band antennas to support both the

2.4GHz and 5GHz operations simultaneously from

single antenna.

2

802.11n Features :

Must support 3x4 multiple-input multiple-output

(MIMO) with three spatial streams

Must support simultaneous 802.11n on both the 2.4

GHz and 5 GHz radios.

Must support data rates up-to 450Mbps on 5Ghz radio

and 216mbps on 2.4Ghz radio.

Must support 40 MHz wide channels in 5 GHz.

Must support up-to 22dbm of transmit power in both

2.4Ghz and 5Ghz radios

3

RF Features :

The Wireless AP should have the technology to

improve downlink performance to all mobile devices

including one-, two-, and three spatial stream devices

on 802.11n. The technology should use advanced

signal processing techniques and multiple transmit

paths to optimize the signal received by 802.11 clients

in the downlink direction without requiring feedback

and should work with all existing 802.11 clients.

Page 13 of 28

Should support configuring the access point as

network connected sensor to access any network

location covered by the access point to get real-time

Spectrum analysis data.

Must support AP enforce load-balance between

2.4Ghz and 5Ghz band.

Must incorporate radio resource management for

power, channel, coverage hole detection and

performance optimization

4

Roaming Features :

Must support Proactive Key Caching and/or other

methods for Fast Secure Roaming.

5

Security Features :

Must support Management Frame Protection.

Should support locally-significant certificates on the

APs using a Public Key Infrastructure (PKI).

Must operate as a sensor for wireless IPS

6

Encryption Features :

Access Points must support a distributed encryption/

decryption model.

Access Points must support Hardware-based DTLS

encryption on CAPWAP Standard

7

Monitoring Features :

Must support the ability to serve clients and monitor

the RF environment concurrently.

Same model AP that serves clients must be able to be

dedicated to monitoring the RF environment.

8

Flexibility Features :

AP model proposed must be able to be both a client-

serving AP and a monitor-only AP for Intrusion

Prevention services.

Should support mesh capabilities for temporary

Page 14 of 28

connectivity in areas with no Ethernet cabling

9

Operational Features :

Must support telnet and/or SSH login to APs directly

for troubleshooting flexibility.

Must be lightweight and manageable through existing

Wireless LAN Controller.

10

Power Features :

Must support Power over Ethernet, local power, and

power injectors.

11

Quality of Service Features :

802.11e and WMM

WiFi Alliance Certification for WMM and WMM

power save

Must support Reliable Multicast Video to maintain

video quality

Must support QoS and Call Admission Control

capabilities.

12

The wifi AP should must be supported with cisco

5508 controller

Technical Specification

2. L2 Switch

S.

No. Specifications:

Compliance

(Yes/ No) Remarks

Should have minimum 56 Gbps forwarding bandwidth

1.2 Should support stacking bandwidth of minimum 80Gbps

1.3 Should have minimum 41 Mpps forwarding rate

In case of power supply failure, redundant power supply

should be able to handle the complete load

1.4 Should support hot swappable 1000 Base-SX, 1000 Base-

Page 15 of 28

LX/LH, 1000 Base-ZX modules

1.5

Switch should support IEEE Standards of Ethernet: IEEE

802.1d, 802.1s, 802.1w, 802.3ad, 802.3af, 802.3at, 802.3x,

802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z

etc.

1.6

Should have IEEE 802.1Q VLAN encapsulation and up to

250 active VLANs per switch

1.7

Should have Secure VTP with MD5 to reduce

administrative burden of configuring VLANs on multiple

switches in turn eliminating the configuration errors &

troubleshooting in secure manner

1.8

Should be able to discover the neighboring device of the

same vendor giving the details about the platform, IP

Address, Link connected through etc, thus helping in

troubleshooting connectivity problems

1.9

Should have UDLD to detect connectivity issues with both

fiber and copper cabling. Ensures that a partially failed link

is shut down on both sides, to avoid L2/L3 protocol

convergence issues

1.1

Should have extensive debugging including layer 2

debugging and layer 2 trace route for troubleshooting

1.1.1

Should have Time Domain Reflectometry (TDR) feature for

detecting cable breaks and shorts

1.1.2

Should have L2 convergence features like MSTP, RSTP,

PVST etc.

1.1.3

Switch ports should automatically detects the type of device

connected and offers a best-practices configuration to the

ports

1.1.4

Should have capability to response for SLA monitoring for

metrics like delay, latency, jitter, packet loss

1.1.5 Should have minimum 8000 MAC Address support

1.1.6 Should have Different Server / TOS Marking & Policing

1.1.7

Should have at least 4 Queues to differentiate and prioritize

different applications (Voice / Video / Data)

Page 16 of 28

1.1.8

Should have IGMP v1, v2 and v3 and IGMP Snooping

features

1.1.9 Should have multicast VLAN registration (MVR) feature

1.2 Should have unicast, multicast and broadcast storm control

1.2.1

Should have IEEE 802.1x to allow dynamic, port-based

security, providing user authentication

1.2.2

Should have MAC Address Based Security on per port

basis.

1.2.3

Should have IEEE 802.1x feature with ACLs, Dynamic

VLAN assignment, Web Authentication, multi domain

authentication and MAC authentication bypass

1.2.4

Should have IEEE 802.1x feature with voice VLAN permits

an IP phone to access the voice VLAN

1.2.5

Should have IEEE 802.1x feature with an ACL assignment

for specific identity-based security policies

1.2.6

Should have Port-based, VLAN-based and Time-based

access-list to allow application of security policies on

individual switch ports

1.2.7

Should have the capability to display and clear MAC

address information in MAC Address Table

1.2.8

Should have unicast MAC filtering feature to prevents the

forwarding of any type of packet with a matching MAC

address.

1.2.9

Should have SSHv2 , SNMPv3 and NTP features to provide

network security

1.3

Should have TACACS+ and RADIUS support for AAA

authentication

1.3.1

Should be able to shut down Spanning Tree Protocol

PortFast-enabled interfaces when BPDUs are received to

avoid accidental topology loops

1.3.2

Should be able to prevent edge devices not in the network

administrator’s control from becoming Spanning Tree

Protocol root nodes

1.3.3 Should have DHCP snooping feature to allow

Page 17 of 28

administrators to ensure consistent mapping of IP to MAC

addresses.

1.3.4

Should have multilevel security options on console access

to prevent unauthorized users from altering the switch

configuration

1.3.5 Should have 4 Groups of RMON I support

1.3.6

Should have Port Mirroring feature based on port basis /

vlan basis

1.3.7

Should have support for Ipv6 addressing, ICMPv6,

TCP/UDP over Ipv6, HTTP over Ipv6, HTTPS over Ipv6,

SNMP over Ipv6, Syslog over Ipv6 etc.

1.3.8

Management: Should have accessibility using Telnet, SSH,

CLI for easier software upgrade through network using

TFTP and configuration management

1.3.9 Minimum Configuration deliverable

Should have minimum 24 10/100/1000 Base-T PoE/PoE+

ports with additional 4 Nos. of SPF Based ports and

populated with minimum 4 Nos LX/LH modules.

Technical Specification

3. UTM Firewall

S.

No. Specifications:

Complianc

e

(Yes/ No)

Remarks

A. General Requirements:

1

The Firewall must be appliance based and should facilitate

multi-application environment which should support current

network traffic as well as future growth / expansion

2

The Firewall should be ICSA Labs certified for ICSA 4.0 and

EAL 4 certified, if not the same model

3

The device should belong to a family of products that attains

NSS Approved (UTM) Certification and attains IPv6 Ready

Phase 2 & IPv6 Certification

Page 18 of 28

4

The platform should be based on real time, secure embedded

operating system based on ASIC architecture that is

optimized for packet and application level content processing

5

Be proprietary to prevent inheriting common OS

vulnerabilities and should Resided on flash disk for reliability

over the hard disk

6

Allow multiple OS firmware images for OS booting option

and should be Upgradeable via Web UI or TFTP

7

The proposed system shall support unlimited IP/User license

for Firewall / VPN (IPSec & SSL) / IPS / Web and

Application Filter / Anti-Virus security

8

Should provide a Http, Https, SSH, Telnet, SNMP based

management console for managing and configuring various

components of the appliance

9

The proposed system should be able to facilitate

administration audit by logging detailed activities to event log

for management, configuration changes, updates which also

enable Admin to boot firmware on the earlier revision /

configuration in case of any error occurs

10

The administrator authentication shall be facilitated by local

database, PKI & remote server such as Radius, LDAP, AD

and TACS+

11

The Firewall system shall provide reputation based security

Policy for the different level of Users based on Internet

access pattern of the Users

12

The Firewall system should have provision of Vulnerability

Management, End Point Network Access Control systems

and Virtualization of UTM solution

14

The UTM product OEM whose product is bidding in the

tender should have the technical literatures available on their

web site for the proposed model

B. Networking & System Performance Requirements:

1

The Firewall should support a minimum of 16 - 10/100/1000

Copper interfaces with auto sensing capacity and 2 -

10/100/1000 Fibre Interfaces

2 The platform should support the standards based Link

aggregation technology (IEEE 802.3ad) to achieve higher

Page 19 of 28

bandwidth.

3

The Firewall should support IEEE 802.1q VLAN Tagging in

NAT/Route mode

4

Should support automatic ISP failover as well as ISP load

sharing

5

The Firewall should support Static, Policy Base, Identity

based, Multicast routing and Dynamic routing for RIP1 & 2,

OSPF, OSPFv3, BGP4, ISIS, RIPing

6

The Firewall should support minimum throughputs of 2.5

Gbps for both small and large packet size. The firewall

should support throughput of at least 450 Mbps of AES -

IPSEC VPN and should be H/W accelerated and IPS

throughput minimum of 950 Mbps

8

concurrent session at least 20,00,000, new session per

second at least 22,000

C. Firewall Requirements:

1

The Firewall should support deployment modes as; “Route

Mode" or "Transparent Mode” or "Mixed Mode"

2

The firewall shall be able to handle VoIP traffic securely with

“pinhole opening” and support SIP, SCCP, MGCP and H.323

ALGs

3

The Firewall should support Stateful inspection with optional

Policy based NAT (Static OR Dynamic)

4

The Firewall should support Inbound Port Forwarding with

inbound Load Balancing if servers are running in high

availability

5

Should support IPv6 ACL to implement security Policy for

IPv6 traffic

6

All internet based applications should be supported for

filtering like Telnet, FTP,SMTP, HTTP, DNS, ICMP, DHCP,

RPC,SNMP, BGP, IMAP, NFS etc

7

Should be able to inspect HTTP and FTP traffic when these

are deployed using nonstandard port( i.e when HTTP is not

using standard port TCP/80)

D. IPSEC VPN Requirements:

Page 20 of 28

1

The IPSEC VPN and SSL VPN capability shall minimally

attain Internet Computer Security Association (ICSA)

Certification

2

The proposed system shall support industry standards, L2TP,

PPTP, IPSEC, and SSL VPN without additional cost for

license or solution for VPN client, based on software or

hardware

3.1

IPSEC (DES, 3DES, AES) encryption/decryption and SSL

encryption/decryption

5

The system shall support IPSEC site-to-site VPN and remote

user VPN in transparent mode

E. SSL VPN Required

1

The Firewall should be integrated solution and there

should be no user based licensing for SSL VPN

2

The Firewall should support for TWO modes of SSL

VPN:1.Web mode,2.Tunnel mode

F.

Network Intrusion Detection & Prevention System

Requirements:

1

The IPS capability shall minimally attain Internet Computer

Security Association (ICSA) NIPS Certification

2

Should have a built-in Signature and Anomaly based IPS

engine on the same unit with SSL inspection mechanism for

Secure traffic scanning

3

Able to prevent denial of service and Distributed Denial of

Service attacks with Hardware acceleration modules where

attack traffic can be offloaded on the additional processors for

better network availability in invasion

4

Signature based detection using real time updated database

with minimum 3500+ Signature database

5

Administrator shall be able to configure DoS policies that are

used to associate DoS settings with traffic that reaches an

interface based on defined services, source and destinations

IP/Range

6

The device shall allow administrators to create Custom IPS

signatures with Regular Expressions

Page 21 of 28

7

Supports attack recognition inside IPv6 encapsulated packets

to provide IPS security in IPv6 Environment

8 Minimum 200 user support after IPS policy enable

G.

Web & Application Content Filtering System

Requirements:

1

The web & Application content filtering should support

multiple policy implementation

Minimum 200 user support after Web & application system

enabled

H. Logging / Reporting / Archiving

1

The Firewall should be able to generate and provide real time

as well as historical data on or additional hardware based

Logging device

3

The reporting solution have inbult report template as well as

option for creating customized reports as required

4

Automatic Report generation and sent via email should be

available

I. Three year UTM bundle License

***

Page 22 of 28

Annexure – II

FORMAT FOR MANUFACTURER’S AUTHORISATION LETTER TO AGENT (on letter head)

Ref. No. Date:

To,

The Director

Indian Institute of Technology Jodhpur

Old Residency Road, Ratanada, Jodhpur - 342011.

Sub.: Authorization Letter.

Dear Sir,

We, _______________________, who are established and reputed manufacturers of____________________, having

factory at____________________, hereby authorize M/s._______________________________ (name & address of

Indian distributor / agent) to bid, negotiate and conclude the order with you for the above goods manufactured by us.

We shall remain responsible for the tender / contract / agreement negotiated by the said M/s.

______________________ , jointly and severely.

We ensure that we would also support / facilitate the M/s ___________________________on regular basis with

technology / product updates for up-gradation / maintains / repairing / servicing of the supplied goods manufactured

by us, during the warranty period.

In case duties of the Indian agent / distributor are changed or agent / distributor is changed it shall be obligatory on us

to automatically transfer all the duties and obligations to the new Indian Agent failing which we will ipso-facto

become liable for all acts of commission or omission on the part of new Indian Agent / distributor.

Yours faithfully,

[Name & Signature]

for and on behalf of M/s. ___________________ [Name of manufacturer]

Note: This letter of authorisation should be on the letterhead of the manufacturing concern and should be signed by a

person competent and having the power of attorney to bind the manufacturer. A copy of notarised power of attorney

should also be furnished.

Page 23 of 28

Annexure – III

DECLARATION REGARDING BLACKLISTING/DEBARRING FOR TAKING PART IN TENDER.

(To be executed &attested by Public Notary / Executive Magistrate on Rs.10/- non-judicial Stamp paper by the bidder)

I / We ________________________ Manufacture / Partner(s) / Authorized Distributor /agent of M/S.

___________________________________________ hereby declare that the firm / company namely

M/s.__________________________________________________has not been blacklisted or debarred in

the past by Union / State Government or organization from taking part in Government tenders in India.

Or

I / We ________________________ Manufacture / Partner(s) / Authorized Distributor / agent of M/s.

___________________________________________________________hereby declare that the Firm/

company namely M/s.__________________________________________________________________was

blacklisted or debarred by Union / State Government or any Organization from taking part in Government

tenders for a period of ____________________ years w.e.f. __________ to _____________. The period is

over on ________________and now the firm / company is entitled to take part in Government tenders.

In case the above information found false I / we are fully aware that the tender/ contract will be

rejected/cancelled by Director, IIT Jodhpur, and EMD / Performance Security shall be forfeited.

In addition to the above Director, IIT Jodhpur will not be responsible to pay the bills for any completed /

partially completed work.

DEPONENT

Name_____________________

Address ___________________

___________________

Attested:

(Public Notary / Executive Magistrate)

Page 24 of 28

Annexure – IV

CERTIFICATE OF GUARANTEE/WARRANTY (on letter head)

I / We certify that the guarantee / warranty shall be given for a period of three (03) year starting from the

date of the satisfactory installation, commissioning and handing over of the equipment and the work

completed under the contract. During the guarantee / warranty period, I / we shall provide the “after sale

service” and the replacement of defective / or any part(s) of the equipment or rectification of defects of work

of the equipment will be free of cost. The replacement of the parts shall be arranged by us, at our own cost

and responsibility. We undertake that the above guarantee / warranty shall begin only from the date of

handing over of the equipment. The benefit of change in dates of the guarantee / warranty period shall be in

the interest of the user / your organization.

During the warranty period, we shall provide atleast 3 preventive maintenance visits per year.

Uptime Guarantee: During the guarantee / warranty period, we will be responsible to maintain the

equipment including all the accessories in the satisfactory faultless working conditions for a period 347 days

(i.e. 95% uptime) in a block of 365 days.

● All complaints will be attended by us within 4 working days of receipt of the complaint in our

office.

● In case there is delay of more than 4 days in attending the complaint from our side then the

Institute can count the number of days in excess of the permissible response time in the

downtime. The above said response time of 4 days for attending to a complaint by us will not be

counted in the downtime.

● Penalty: We shall pay a penalty equivalent to 0.5 % of the order value of the equipment for every

week or part thereof delay in rectifying the defect.

No deduction or advantage of any kind on account of Sundays, half days or Public / Govt. holidays observed

by the Institute shall be allowed from the total down time permissible as defined above. The right to accept

the reason(s) for delay and consider reduction or waive off the penalty for the same shall be at the sole

discretion of the Institute.

I / We shall try to repair the equipment at Institute premises. However, in case it is not possible to repair the

equipment at Institute premises, we will take out the equipment to our site on our own expenses. We shall

Page 25 of 28

take the entire responsibility for the safe custody and transportation of the equipment taken out for repairs

till the equipment is rehabilitated to the Institute after repair. If any loss of equipment occurred during our

custody, we will restore it / compensate to Institute for such losses.

I / We guarantee that in case we fail to carry out the maintenance work within the stipulated period, the

Institute reserves the right to get the maintenance work carried out at our risk, cost and responsibility after

informing us. All the expenses including excess payment for repairs / maintenance shall be adjusted against

the Performance Bank Guarantee. In case the expenses exceed the amount of the Performance Bank

Guarantee, the same shall be recoverable from us with / without interest in accordance with the

circumstances.

I / We undertake to perform calibration after every major repair / breakdown / taking the equipment out for

repair from the Institute premises.

I / We guarantee that we will supply spare parts, if and when required on agreed basis for an agreed price.

The agreed basis could be an agreed discount on the published catalogue price.

I / We guarantee to the effect that before going out of production of the spare parts, we will give the

adequate advance notice to Institute so that Institute may undertake to procure the balance of the life time

requirements of the spare parts.

Authorized signatory of the company with seal

Page 26 of 28

Annexure-V

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

The Director

Indian Institute of Technology Jodhpur,

Jodhpur (India) 342011.

WHEREAS………………………………………………………………………………. (Name and address

of the Supplier) (hereinafter called “the Supplier”) has undertaken, in pursuance of contract

no……………………………. dated …………. (hereinafter called “the contract”) to supply

………………………………………………………………………………………………………………….

AND WHEREAS it has been stipulated by you in the said contract that the Supplier shall furnish you with a

bank guarantee by a scheduled nationalized bank recognised by you for the sum specified therein as security

for compliance with its obligations in accordance with and due performance of the contract;

AND WHEREAS we have agreed to give the Supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the

Supplier, up to a total of …………………………………………… …………………………….(amount of

the guarantee in words and figures), and we hereby irrevocably and absolutely undertake to pay you

immediately, upon your first written demand declaring the Supplier to be in default under the contract and

without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without

your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Supplier before presenting us with

the demand.

We further agree that no change or addition to or other modification of the terms of the contract to be

performed there under or of any of the contract documents which may be made between you and the

Supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of

any such change, addition or modification.

Page 27 of 28

The Bank guarantee shall be interpreted in accordance with the laws of India. The Guarantor Bank

represents that this Bank Guarantee has been established in such form and with such content that is fully

enforceable in accordance with its terms as against the Guarantor Bank in the manner provided herein.

The Bank Guarantee shall not be affected in any manner by reason of merger, amalgamation, restructuring

or any other change in the constitution of the Guarantor Bank or the Supplier. The Bank further undertakes

not to revoke this Guarantee during its currency except with the previous express consent of the Buyer in

writing.

The Bank declares that it has power to issue this Guarantee and discharge the obligations contemplated

herein, the undersigned is duly authorized and has full power to execute this Guarantee for an on behalf of

the Bank.

This guarantee shall be valid up to and including the …….. day of ………, 20……

…………………………….

(Signature with date of the authorised officer of the Bank)

………………………………………………………….

Name and designation of the officer

………………………………………………………….

Seal, name & address of the Bank and address of the Branch

Page 28 of 28

Annexure - VI

Format for Financial Bid

(To be submitted on the letterhead of the company / firm)

Ref. No. Dated:

S. No. Description Qty. Unit Rate in INR Amount in INR

1. Basic Price of the equipment

2. Other charges (if any, specify in brief)

3. VAT / CST (As applicable)

Total

4. AMC / CMC charges (After warranty)

Total Cost

1. I/We have gone through the entire terms & conditions as stipulated in the tender enquiry document

and confirm to accept and abide the same.

2. No other charges would be payable by the Institute.

Authorized signatory of the company with seal